Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2004 FBO #0839
SOLICITATION NOTICE

U -- Construction and Operations Safety for Field Supervisors and/or Managers PROSPECT Training Course

Notice Date
3/12/2004
 
Notice Type
Solicitation Notice
 
NAICS
611519 — Other Technical and Trade Schools
 
Contracting Office
US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-04-Q-0031
 
Response Due
3/25/2004
 
Archive Date
5/24/2004
 
Point of Contact
laura.stiegler, 256-895-1171
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Huntsville
(laura.stiegler@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Army Engineering and Support Center, Huntsville, will be issuing a Request for Proposal for the impending procurement of the Construction and Operations/Safety for Field Supervisors and/or Managers PROSPECT training course (#236). The propo sed contract is 100% set aside for small business concerns. This requirement includes a base year (FY04) and four option years. The course session length is 24 hours (3 days) and the session schedule is as follows for FY04 - 11-13 May 04, Denver, CO; 13-1 5 Jul 04, New Orleans, LA; and 17-19 Aug 04; FY05 ?????? 17-19 May 05, Atlanta, GA; 26-28 Jul 05, Sacramento, CA; and 16-18 Aug 05, Dallas/Ft. Worth, TX; FY 06 ?????? 23-25 May 06, St. Louis, MO; 25-27 Jul 06, Albuquerque, NM; 22-24 Aug 06, Cincinnati, OH; FY 07 ?????? 22-24 May 07, Denver, CO; 24-26 July 07, Dallas/Ft. Worth, TX; and FY 08 ?????? 20-22 May 08, Sacramento, CA; 22-24 Jul 08, Dallas/Ft. Worth, TX; and 26-28 Aug 08, New Orleans, LA. Class size is 30 students. The course provides the Corps of Engineers construction and operations managers and/or supervisors with state-of-art technology and methodology for managing their safety and occupational health function to protect government and contractor employees from accidents, injuries and illnesses . The contractor shall attend a one day meeting with the government to (1) discuss in detail the expected services/supplies to be delivered and the due dates and (2) to develop a mutual understanding of the content of contract deliverables, i.e., Schedule of Instruction, Instructor Lesson Plans, Pretest and Posttest, Audiovisual materials, and Student Training Course Manual. This meeting will be held in Huntsville, AL. The contractor shall conduct a one-day dry run in Huntsville, AL. The contractor shall develop student course materials and instructor teaching materials as specified below and administer and teach as specified in the attached appendix. Course materials, as developed, will be used for any necessary revision work to the course in option year s FY05, FY06, FY07 and FY08. The contractor shall provide an instructor team which shall consist of 2 instructors at each course session. Both instructors shall be present during the full 24 hours of instruction. The Government shall provide classroom space, government forms and all training equipment. The contractor shall provide all services, personnel, materials (other than those provided by the Government), A-V aids, travel and lodging for contractor personnel. The course will cover pertinent safety and health requirements found in the U.S. Army Corps of Engineers Safety and Health Requirements Manual, appropriate Occupational Safety and Health Administration (OSHA) standards and laws, and other consensus stand ards as well as managerial and legal responsibilities for implementation of safety and health programs within the U.S. Army Corps of Engineers. Through lectures, group discussions, and examinations, this course will provide students with modern safety phil osophy, implementation techniques, state-of-the-art methodology, fundamental principles of safety management, requirements and accepted practices related to typical Corps of Engineers construction and operations activities. The lead instructor should have a minimum of 500 hours per year of practical work experience, for five of the past seven years, of safety and occupational health experience. The assistant instructor should have a minimum of 400 hours per year of practical work experience, for three of t he past five years, of safety and occupational health experience. The lead instructor should have a minimum of 3 courses per year experience for three of the past five years teaching technical and managerial safety related short courses of instruction as related to paragraph 1.3 of the SOW. The assistant instructor should have a minimum of 2 courses per year experience for two of the past three years teaching technical and managerial safety relate d short courses of instruction as related to paragraph 1.3 of the SOW. The lead instructor should have current knowledge, within the last five years, of the appropriate Code of Federal Regulations (CFRs), Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1), and appropriately related technical/managerial safety and occupational health publications. The assistant instructor should have current knowledge, within the last three years, of the appropriate technical and managerial safety standa rds, technical manuals and related consensus safety standards applicable to the field of industrial and occupational safety and health. Evaluation factors will be set forth in the solicitation. The solicitation will be released electronically through the Internet at http://www.hnd.usace.army.mil/EBS/advertisedsolicitations.asp. No paper copies will be issued. It is the sole responsibilit y of the interested party to register and download the solicitation. The solicitation will be issued (posted) on or about 18 March 2004. Offerors responding to this announcement must reference RFQ W912DY-04-Q-0031. Questions should be directed to Ms. Laur a, Stiegler, Contract Specialist, Laura.M.Stiegler@usace.army.mil, or faxed to 256-895-1197, ATTN: Laura Stiegler. No telephonic requests or questions will be honored. Answers concerning the solicitation will be issued as an amendment and will become a pa rt of the solicitation. All responsible sources may submit a proposal, which will be considered by this agency. In accordance with DFARS 204.7302, prospective contractor(s) must be registered in the Central Contractor(s) Registration (CCR) database prior t o award of a contract. Lack of registration in the CCR on the part of an offeror will make an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling (888) 227-2423 or via the Internet a t http://www.ccr.gov//. See Numbered Note 1.
 
Place of Performance
Address: US Army Corps of Engineers, Huntsville P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
Country: US
 
Record
SN00544057-W 20040314/040312215906 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.